23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Energy Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2023/S 051-151237
Offentliggjort
13.03.2023
Udbudstype
Udbud efter forhandling

Udbyder

Energinet

Insurance Broker Services - Energy Island Projects


Energinet

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Energinet
National registration number: 28980671
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK032 Sydjylland
Postal code: 7000
Country: Denmark
Contact person: K
E-mail: procurement@energinet.dk
Telephone: +45 70102244
Internet address(es):
Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=355609&B=ENERGINET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=355609&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Electricity

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Insurance Broker Services - Energy Island Projects

Reference number: 22/06395
II.1.2) Main CPV code
66500000 Insurance and pension services
II.1.3) Type of contract
Services
II.1.4) Short description:

Energinet wishes to enter into a Contract regarding insurance brokerage services for the energy islands through this Contract with one single supplier. The energy islands project concerns “Energy Island Bornholm” and “Energy Islands North Sea”.

The insurance broker must provide services concerning advice regarding all insurance matters. This includes pre-placement services such as risk and insurance analyses, placement of insurance through EU-Tenders, post-placement services such as policy administration and administrative services. The services includes insurance technical matters, damages, and claims handling. The list of services is available in Appendix 2 – Scope of Services.

The Contract is valid for a period of 8 years plus addition options 4 x 1 year.

II.1.5) Estimated total value
Value excluding VAT: 3 750 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
66517300 Risk management insurance services
66519310 Insurance consultancy services
90711100 Risk or hazard assessment other than for construction
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Denmark

II.2.4) Description of the procurement:

The tender concerns services of insurance brokerage services for project energy island North Sea and project energy island Bornholm. Energinet emphasizes that tenderer must have license according to rules stated by The Danish Financial Supervisory Authority and/or license to operate in another country in accordance with national legislation, to engage and carry out insurance advisory services in Denmark. Energinet will award exclusivity on the insurance broker services for Energinets part of project energy island North Sea and project energy island Bornholm. This EU-Tender includes analysis, placement of CAR insurance, ad hoc service from day to day and claims handling.

The insurance broker must provide services concerning advice regarding all insurance matters. This includes pre-placement services such as risk and insurance analyses, placement of insurance through EU-Tenders, post-placement services such as policy administration and administrative services. The services includes insurance technical matters, damages and claims handling. For a detailed description of services please see Appendix 2 – Scope of Services.

Please notice that some of the tender material is only available after the prequalification phase. This concerns Attachment 2.5 – Extract Business Case North Sea – (Confidential) and Attachment 2.6 – Selected extracts - Overall Insurance Strategy North Sea – DEA (Confidential). These documents will have no impact of the possibility for prequalification through the prequalification phase.

Please notice - Subject matters related to the negotiation is stated within the tender material.

The Contract is valid for a period of 8 years plus addition options 4x1 years (1+1+1+1 years).

Energinet wishes to enter into a Contract regarding insurance brokerage services with one supplier for the energy islands through this Contract with a single supplier.

The estimated consumption of hours is approximately estimated to be, 3600 hours for energy island North Sea, 3600 hours for energy island Bornholm, and 900 hours for the program in general. It is expected that during the Contract period there will be a consumption of approximately 8.100 – 10.000 hours.

This Contract is tendered by the Energinet Group as a central purchasing body awarding the Contract on behalf of the energy islands project. Further information is available in the tender documents.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 3 750 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

The Contract is valid for a period of 8 years plus addition options (1+1+1+1 years).

II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

If more than 5 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 5 applicants who are evaluated as most qualified for the specific tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the relevance of the submitted references, cf. the scope stated in section II.2.4, and the extent to which the references overall demonstrate comprehensive experience with deliveries comparable to the tendered assignment regarding solution, complexity and scope, especially concerning:

• Insurance brokerage services cf. the description of services cf. Appendix 2, with an emphasis on the following:

• Preparation and processing of tenders, from start to finish, of insurances in accordance with the Utility directive and in particular the tender process with negotiation.

• Insurance of offshore assets and offshore construction projects, including insurance for international and/or national large infrastructure projects.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Companies in which Energinet or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the Contract will have an option to use the Contract.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

- The applicants must be registered and licensed by the Danish Financial Supervisory Authority and/or license to operate in another country in accordance with national legislation,

- Confirmation that the applicant meets the requirements must be stated in the ESPD part IV. The applicant is obligated to document the fulfillment of the requirement if this is requested by the Contracting Authority.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and financial standing” with information from the latest annual report regarding the following economic indicators:

1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.)

2. Equity ratio (equity/total assets). This must be stated with two decimals.

If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. section VI.3 “Additional information”. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached on the basis of consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).

Minimum level(s) of standards possibly required:

Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR, 0,75 million.

Concerning 2: Equity ratio from the latest annual report must be at least 15 pct.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

The applicant can include the up to 3 most comparable and relevant references undertaken in the past three (3) years as part of the application. The references must be stated in the ESPD part IV.C: “Technical and professional ability” or the Template – Reference Sheet. Please notice section 2.5 – Structure of application for prequalification, in the Tender conditions doc. no. 22/06395. Undertaken in the past three (3) years implies that the reference must not have been completed prior to the date reached when counting 3 years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section II.2.9.

The references should include:

• A specific description of the work performed for each reference, (the description may not exceed 2400 characters per reference), including:

• Insurance brokerage services cf. Appendix 2, the description of services with focus on the following:

o Preparation and execution of EU tenders, from start to finish, of insurances in accordance with the utility directive and in particular the tender process with negotiation.

o Insurance and liability under relevant contract paradigms, cf. Appendix 4 - Competence matrix.

o Insurance of offshore assets and offshore construction projects, including insurance for international and/or national projects on large infrastructure projects.

• Contract value (if possible).

• Contact information for the entity in question (including contact person).

• Date of initiation and final delivery (day, month, year).

Any ambiguities and/or incomprehensibilities concerning the above information may have a nega-tive effect on the selection of candidates, cf. section II.2.9. Please note the “description” box can contain more text than is visible. I.e. it is possible to copy paste text into the box. Please be aware of the information in Tender Conditions Section 2.5 – Structure of application for the prequalifica-tion.

If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities. Please be aware of the information in Tender Conditions Section 2.5 – Structure of applica-tion for the prequalification.

The number of references should not surpass a maximum of the 3 most comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consor-tium) the maximum number of references to be submitted must still be respected and cannot exceed 3 when combined. If more than 3 references are submitted, the Contracting Authority will only consider the 3 most recent references determined by date of final delivery (in this case not yet finished references will not be included). Please be aware of the information in Tender Conditions Section 2.5 – Structure of application for the prequalification.

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

The applicant must submit a completed version of the ESPD.

Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Pro-curement Act (udbudsloven) Section 135 (1-3) and 136.

Please see section VI.3 “Additional information” for further information regarding the ESPD. The application must be submitted through EU-Supply, cf. link in section I.1 in this notification. Applications not submitted via EU-Supply or received after the deadline will not be accepted.

The Contracting Authority reserves the right to request the applicant to supplement, specify or complete the information submitted.

III.1.6) Deposits and guarantees required:

The information is stated in the Tender Documents.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The information is stated in the Tender Documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No special legal form is required.

If the Contract are awarded to a group of economic operators (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

The applicants must be registered and licensed by the Danish Financial Supervisory Authority and/or license to operate in another country in accordance with national legislation.

III.2.2) Contract performance conditions:

The information is stated in the Tender Documents.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/04/2023
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-Supply. The ESPD must be completed in EU-Supply and submitted via “My Response”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.kfst.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). Please notice section 2.5 – Structure of application for prequalification in the Tender conditions doc. no. 22/06395.

Please note:

- An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicant's own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III: “Exclu-sion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection crite-ria” and part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned.

Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation.

- Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted.

Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators as-sume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævntet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.

Other complaints must be filed with The Complaints Board for Public Procurement within:

1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision.

3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsen Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
08/03/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.094|